Invitation for Bids (IFB) at Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos State Government

Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Urban Transport Project (LUTP)

Periodic Maintenance of LISABI/APATA Road

 

National Competitive Bidding (NCB)

 

Invitation for Bids (IFB)    

 

Date: February 20, 2013

 

Contract No: LAMATA/WB/NCB/PERIODIC-MAINT/LISABI-

RD/LUTP II/03/14

IDA Credit No.: 4767 –UNI

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project titled NG Nigeria-LUTP-U (FY10) that appeared in dg market publication of July 16, 2010.

2.       The Lagos State Government has received a Credit from the International Development Association towards the cost of Lagos Urban Transport Project (LUTP II), and it intends to apply part of the proceeds of this credit to payments under the contract for the Periodic Maintenance of Lisabi/Apata Road.

3.       The Lagos Urban Transport Project (LUTP) now invites sealed bids from eligible and qualified bidders for the Periodic Maintenance of Lisabi/Apata Road. The works details are as follows;

 

 

Brief Description

 

Project Duration

 

Bid Security

 

Validity Period

 

Average

Annual Turnover

 

Cash Flow

 

Periodic Maintenance of Lisabi/Apata Road

 

12

 

NGN 2.6Million or USD 17,000.00

 

120

 

NGN 253 million or USD 1.62 million

 

NGN32 million or USD

203,000

 

 

 

The scope of works for these projects are detailed in section VI – works requirement of the bidding documents. The bill of quantities, the drawings and specification describe in detail the works elements required for projects of this nature, magnitude and complexity.

 

4.                Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Bidding Documents for this project

 

5.                Interested eligible bidders may obtain further information from Lagos Urban Transport Project (LUTP) and inspect the Bidding Documents at the address given below from 8 am to 4pm Mondays through Friday from February 20, 2013.

 

6.       Qualifications requirements include:

a.       Possession of experience as a Prime Contractor for at least the last five (5) years prior to the application submission deadline, and with work cited should be at least 70% complete.

b.       Minimum average annual turnover in construction works as denominated in Nigeria currency in the table in paragraph 3 or its equivalent in three easily convertible international currencies in the last three years in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract

c.       Project Manager with B.Sc. Civil Engineering and at least 15 years experience in Works of equivalent nature and volume;

d.       Provide Annual audited account for the last 3 years; to demonstrate the current soundness of the applicant’s financial position and its prospective long term profitability. The contractor must show evidence of sound Liquidity status and/or evidence of access to or availability of confirmed positive credit facilities of not less than the amount in the table in paragraph 3

 

A margin of preference for eligible national contractors/joint ventures shall not be applied.

 

7.       A complete set of Bidding Documents in English Language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of Fifty Thousand Naira (N50, 000.00) or its equivalent in US Dollars in Bank draft payable to LAMATA. Interested Bidders may obtain further information at the address below.

8.                Bids must be delivered to the address below at or before 10.00 AM, March 20, 2013, Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below by 10am on March 20, 2013.

9.       All bids shall be accompanied by a Bid Security of amount in the table in paragraph 3.

10.     The address referred to above is:

 

The Deputy Director (Procurement)

Lagos Metropolitan Area Transport Authority (LAMATA) Block C, 2nd floor, Motorway center, 1, Motorways Avenue

Alausa, Ikeja, Lagos State

Telephone: 234-1 -2702778-82, Fax: 2344-2702784

E-mail: advert@lamata-ng.com; adabiri@lamata-ng.com

 

Call for Expression of Interest/Concept Paper at Partners for Peace (P4p) Grant Program

Partners for Peace (P4p) Grant Program

 

Call for Expression of Interest/Concept Paper

 

Despite obstacles to peace in many parts of the Niger Delta region, there are also pockets of peace to be celebrated and promoted. In some places, these pockets occur as a result of the efforts of committed individuals and organizations determined to generate their own solutions to conflict in their communities. These efforts represent the seeds of a lasting peace which Partners for Peace (P4P) seeks to cultivate. P4P is a project of the Foundation for Partnership Initiatives in the Niger Delta (PIND). The P4P project is designed to identify and facilitate a network of organizations and individuals committed to promoting peace and reducing conflict in the Niger Delta. The project comprises 3 components: Voice, Network and Action. It facilitates its work by:

  • Recognizing and sharing the experiences of those whose livelihoods are affected by conflict
  • Recognizing and sharing successful efforts at addressing conflict in the Niger Delta
  • Supporting, strengthening and replicating successful efforts at reducing conflict in communities in the Niger Delta
  • Facilitating the development and growth of a multi-stakeholder network of people who can learn from each other and generate collective action for promoting peaceable livelihoods

 

We call on organizations and individuals throughout the Niger Delta to submit proposals for small grants to scale or replicate existing efforts in conflict assessment, conflict early warning, conflict management, or conflict prevention.

 

These efforts can be oriented in peace building efforts, conflict prevention / management, economic development, advocacy or mediation. The goal of the small grants program is to promote social capital-a culture of peace-to create an enabling environment for market-led development across the region If you would like to apply for a small grant, please visit the following http://www.p4p-nigerdelta.org/grants-program  and download the attached Request for Concept Form and send all relevant documentation to: (grants@p4p-nigerdelta.org). If your concept is in line with P4P’s approach and objectives, we will follow up with a request that you send a full application.

 

Deadline: 15th March 2013

Attachment:

Small Grants Information Document 2013.pdf

Request for Concept pdf

 

Pre-Qualification and Tender for the 2009 Tertiary Education Trust Fund (Tetfund) Special Intervention Project at University Of Nigeria, Nsukka

University of Nigeria

Nsukka Nigeria

Office of the Registrar

 

Advertisement for Pre-Qualification and Tender for the 2009 Tertiary Education Trust Fund (Tetfund) Special Intervention Project, (The Remodeling of UNESCO Category II Biotechnology Institute Building and Procurement of ICT/Multi Media Equipment for ICT Room/Laboratories, etc),  University Of Nigeria, Nsukka

 

The University of Nigeria invites interested Companies/firms to the prequalification and tender exercise for the execution of the 2009 Tertiary Education Trust Fund (Tetfund) Special Intervention Project, University of Nigeria, Nsukka.

 

  1. The Remodeling of UNESCO Category II Biotechnology Institute Building (Civil Works)

Reference No. UNN/NSUKKA/SP/TETFUND/09/01

 

  1. The Remodeling of UNESCO Category II Biotechnology Institute Building (Procurement of ICT/Multi Media Equipment for ICT Room/Laboratories, etc.)

Reference No. UNN/NSUKKA/SP/TETFUND/09/02 – 07

 

Project:

  1. The Remodeling of UNESCO Category U Biotechnology institute Building (Civil works)

Reference No. UNN/NSUKKA/SP/TETFUND/09/01

  1. The Remodeling of UNESCO Category II Biotechnology institute Building (Procurement of ICT/Multi Media Equipment for ICT   Room/Laboratories, etc.) Reference

No. UNN/NSUKKA/SP/TETFUND/09/02-07

 

Scope OF Works and Project Description:

 

This consists of the Remodeling of UNESCO Category II Biotechnology Institute Budding (Civil Works) and Procurement of ICT/Multi Media Equipment for ICT Room/Laboratories, etc. to provide world class teaching and learning / research environment.

 

 

Requirements:

Competent and interested companies who have the requisite experience, equipment and plants and desire to execute the project are required to submit their Firms Profiles which must include but not limited to the following documents:

  1. Evidence of incorporation of the company with the Corporate Affairs Commission (CAC).
  2. Evidence of Recent Annual Returns to Corporate Affairs Commission (CAC).
  3. Evidence of Current Tax Clearance Certificate i.e. (2010, 201l and 2012)
  4. Evidence of VAT Certificate and VAT remittances to Federal Inland Revenue Services (FIRS)
  5. Company Profile with list of staff, Including curriculum vitae, competencies, qualifications, registration with relevant professional bodies and experience of key personnel.
  6. Evidence of previous similar projects undertaken in the past five (5) years including scope of project, site of project, contract sum, evidence of successful completion of the project (interim/final valuation certificates).
  7. Evidence of possession of plants and equipment and a listing of such plants as possessed/owned by the firm. State location of the plants and equipment for ease of Verification.
  8. Evidence of Current Audited Accounts of Firm for the last three (3) years i.e. (2010, 2011 and 2012).
  9. Evidence of Financial Capability and Banking Support (bank reference), bank statements of account for the last three months and letter authorizing the University to verify same from the bank.
  10. Sworn affidavit that; (a) The Firm is not bankrupt; (b) None of the Directors is an ex-convict or bankrupt.
  11. Articulated work plan and methodology
  12. Evidence of employees Retirement Savings Accounts (RSA) with the Pension Fund Administrator.
  13. Evidence of remitting Employer and Employee Pension Contributions to the appropriate pension fund custodian.
  14. Evidence of transferring all pension funds and asset prior to the commencement of the pension Reform Act to licensed pension operators.
  15. Please state clearly your Company’s full contact address, GSM Phone number and e-mail address for ease of communication.

 

Method of Application:

 

Eligible companies/firms who desire to be pre-Qualified for this project are required to prepare and submit their pre-qualification documents in one (1) hard copy and one (1) soft copy in a sealed envelope clearly marked on top: Pre-Qualification and Tender for the 2009 Tertiary Education Trust Fund (TETFUND) Special  Intervention Project, at University Of Nigeria, Nsukka.

 

  1. 1.     The Remodeling of UNESCO Category U Biotechnology institute Building (Civil works)

Reference No. UNN/NSUKKA/SP/TETFUND/09/01

 

  1. 2.     The Remodeling of UNESCO Category II Biotechnology institute Building (Procurement of ICT/Multi Media Equipment for ICT   Room/Laboratories, etc.) Reference

No. UNN/NSUKKA/SP/TETFUND/09/02-07

 

(State clearly the Reference Number and Description please) and addressed to:

 

The Registrar and Secretary to Council,

University of Nigeria, Nsukka

 

Deadline for Submission:

 

Pre-qualification documents should be submitted and dropped into the box at Room 226, Registrar’s office, University of Nigeria, Nsukka latest March 11th 2013 on or before 12:00 noon. Pre-Qualification documents will be opened on the same day in the NUGA Secretariat, UNN by 1.00pm in the presence of all representatives of the companies who choose to attend.

 

All pre-qualified contractors/firms will be communicated in writing to collect the financial bid documents and would be required to pay the stipulated tender fees for the Projects. The completed financial bid documents would be returned not later than 4th April, 2013.

 

Enquiries:

All enquiries should be directed to: The Registrar, University of Nigeria, Nsukka

 

Please note that response to this invitation shall not oblige the University to consider any responding firm/company for pre-qualification. All costs Incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding firm/company.

 

A.I. Okonta FIIA, FCAI.

Registrar

 

Request for Bid at International Financial Institution

Request for Bid

 

Maintenance of Water Treatment Plant

 

An International Financial Institution with Headquarters in Lagos (Nigeria), Six Regional Office in Casablanca (Morocco), Nairobi (Kenya), Abidjan (Cote d’ Ivoire), Port Louis (Mauritius), Lagos (Nigeria) and Cairo (Egypt), as well as a subsidiary Company in Johannesburg (South Africa), owned by 42 member States of the African Union (AU), the African Development Bank (ADB), the IFC (International Finance Corporation), the DEG (German Developemnt Finance Institute), the FMO (Dutch private sector financing company), PROPARCO (Subsidiary of the Agence Francaise de Development) and 107 insurance and reinsurance companies.

 

Applications are also invited from reputable organizations/ companies for the maintenance of the water treatment plant located at the premises of the Head Quarter building.

 

The schedule shall include the following:

1.       The daily treatment of the water from the Borehole in the premises for the use of the occupants of the building

2.       To ensure the cleaning of both the underground tanks and the overhead tanks periodically including flushing of the entire system

3.       Provision of all necessary agents and chemicals necessary for the effective treatment of water in the building

4.       Deployment of a competent personal to the premises to ensure high standard of water purification 10 world health standard in the premises.

5.       Experience in similar capacity in other reputable organizations will be an added advantage.

 

Procedure:

Interested candidates for the position of Maintenance Engineer are requested to visit the Africa Re website at: http://www.africa.re.com/careersandtenders/page/34/employment-forms to complete and submit the employment / application form, whilst, interested Companies/ Organizations for the Maintenance of the Treatment plant should submit their proposals and company profile in triplicate addressed to the following members of the Tenders committee:

 

1. Director – Technical Inspection, Enterprise Risk Management

2. Director – Administration & Human Resource

3. Director – Finance & Accounts

 

Closing date in 5th March, 2013

 

 

Invitation for Pre-Qualification – (PO/SM/2159/13) at Brass LNG Limited

Brass LNG Limited

(NNPC/ENI/TOTAL/CONOCOPHILLIPS)

 

Invitation for Pre-Qualification – (PO/SM/2159/13)

For The Brass LNG Project Site Maintenance Services Contract

 

 

  1. 1.     Introduction:

1.1.         Brass ING Limited intends to award a Site Maintenance Services Contract for the maintenance of its existing Brass Island Project Site. A high-level summary of the Scope of Work is provided below.

 

1.2     Brass LNG therefore invites only interested suitable, reputable, qualified and experienced Brass Island indigenous Contractors and Consortia (hereinafter referred to as “Applicants”) that have either executed by themselves, or as partners in consortia or joint ventures, such industrial site maintenance contracts of similar complexity and scope and having overall yearly contract values in excess of N40, 000,000.00 (Forty Million Naira).

 

1.3     Only Applicants meeting this initial criterion (i.e., direct participation, excluding any sub­contracting roles, in the execution of industrial site maintenance contracts of similar complexity and scope with individual contract values in excess of N40.000,000.00 (Forty Million Naira per year) should submit information to Brass LNG for their pre-qualification to tender for the following indicative Scope of Work Any submissions not in compliance with the aforementioned criterion will be disregarded.

 

 

  1. 2.     Scope Of Work:

2.1     The Site Maintenance Services Contract shall include management, supervision, labor, material, equipment, tools and consumables to perform the following items of work at the Brass LNG Project Site, Brass Island, Bayelsa State, Nigeria,

  • Grading, compacting, and repairing existing access roads
  • Maintenance of existing surcharge pre-load side slopes due to erosion caused by heavy rainfall using tracked excavators.
  • Grass clearing and cutting operations
  • Clean-out and repair of existing drainage ditches.
  • Removal and proper disposal of debris and trash from access roads and other Brass LNG-owned facilities in and off the Project Site
  • Maintain (including provision of all related spare parts and consumables) all Contractor-supplied equipment and vehicles used to execute the Work
  • Owner    vehicle     routine    &     preventive maintenance and repair operations

 

2.2.    It is recognized that a single Contractor might not have access to all the resources required to perform the work, and in this case, interested Contractors should nominate other experienced and reputable Contractors that might function as Consortia partners.

 

1.3     Contractor shall be responsible for security to protect own personnel, equipment, materials, and any temporary office facilities white on the Brass LNG Project Site. Contractor shall also be responsible for security of its personnel and assets during movements to/from Project Site

 

  1. 3.     Licensing Permits and HSE:

3.1     Applicants shall have the necessary permits, licences, and accreditations to perform the Work. Applicants shall provide appropriately qualified field supervisors, construction equipment operators and mechanics, and other labour to perform the work, and such personnel shall have the appropriate Nigerian licenses and qualifications.

 

3.2     Applicants shall be responsible for applying, obtaining, and maintaining all required licensing, authorizations, registrations and permits that may be required under the prevailing laws of Nigeria. For the performance of the aforementioned Scope of Work. Applicants shall comply with all applicable health, safety and environmental laws and will be solely responsible for initiating, maintaining and supervising all HSE precautions and programs in line with Project EIA requirements, HSE Policies, and related Plans and Procedures.

 

4.        Pre-Qualification Requirements:

4.1.    To pre-qualify, it is mandatory that each Applicant must provide the following required information and supporting documents for itself as well as its affiliates, partners, holding company, etc. In the case of a Consortium, each of the members must provide the required information in the same manner and sequence as listed below.

4.2.    Failure to provide any of the requested information may disqualify the applicant.

 

 

4.3.             Company Profile

4.3.1.          Ownership form & structure (e.g., single contractor, consortium, joint venture, parent holding company, partnership, etc.) with names and details of Applicant, consortium or partner members (if applicable), parent company, affiliates, and potential sub-contractors for this Scope of Work. Organization charts of Head Office, with lists of key management & technical personnel at each location, giving names,

 

If not a sole contractor, then provide organization charts for all pertinent locations, with lists of key management & technical personnel, giving names position, experience, qualifications, age, responsibility, and CVs, required for the management of the consortium/JV/partnership, etc. Also provide contact person names, positions & contact details. Submit a signed Agreement/ Memorandum of Agreement (MOA) between the consortium/JV/partnership members specifying management structure and division of Scope of Work herein. Any literature, brochures, etc.

 

4.4.     Certificates and Registrations;

4.4.1.          Current copies of Certificate of Incorporation, Registration in Nigeria, Department of Petroleum Resources (DPR) Permit, Pay As You Earn (PAYE), Value Added Tax (VAT), Business Permit, and Income Tax Clearance (ITC) Certificate, for last three (3) years.

 

4.5.    Certified True Copy (CTC) of Memorandum and Articles of Association. Accounts and Insurance Records;

 

4.5.1. Audited accounts and balance sheets for last three (3) years; such information should contain financial ratios/indices (e.g., current asset turnover, debt/equity, sales turnover) to assess liquidity, profitability, etc.;

 

452   Submit certified lists of fixed assets with values, as well as lists of bankers in Nigeria and Overseas; provide bank reference letters specifying credit limits as well as copies of current insurance policies (workman’s compensation, marine, all-risk, 3rd party liability, etc.).

 

4.5.3  At a minimum, Applicant must provide satisfactory evidence of existing 3rd parry liability insurance coverage with a minimum per occurrence limit of N 150000,000.00 (One Hundred and Fifty Million Naira)

 

 

4.6     Resources;

4.6.1  Applicants shall list manpower resources (permanent/contract staff) including names, positions, qualifications, ages, experiences, and indigenous background. Applicants must provide experienced, fully licensed and qualified operators for all equipment listed below.

 

4.6.2.          Applicants shall list details (e.g., type, make, specifications, lifting capacities, function, location with ownership proof, project availability for the next one year, etc.) of equipment resources under direct control, and such equipment must include at a minimum the following: (i) up to Ten (10) 4WD pickup trucks w/driver; (ii) Caterpillar 325 or equivalent track excavator with tang reach; (iii) Tipper Truck with auxiliary with ability to operate in sandy condition; (iv) one (1) temporary fuel dump steel storage container (tank) with bund wall; (v) one (1) Caterpillar 950 front end loader; (vi) one (1) International 9100 or equivalent water truck with 5,000 gal tank and rear spray unit; (vii) one (1) Caterpillar 140HNA or equivalent motor grader; (viii) one (1) 3″ diesel surface pump machines w/ accessories; (ix) one (1) 20 foot container. None of the aforementioned equipment must be more than five (5) years old and must be in good working condition.

 

4.6.3.          In case a particular Applicant does not directly own/control the required equipment, Applicant shall explain how and from whom such equipment will be sourced. Credible backup information is necessary to demonstrate the viability of the equipment sourcing plan.

 

 

 

4.7.    Past Work Experience

4.7.1.          Applicants shall list industrial site maintenance work experience during the last five (5) years in Nigeria, giving brief scope of work, client name, work site, geographical dimensions of work site, contract award value, contract duration, final contract value, actual completion date & duration, Project Manager’s name, and contact details.

 

4.8.     Current Workload:

Applicants shall list on going and future projects (2013 – 2015) in Nigeria giving brief scope of work, client name, work site, contract award value, contract duration, percentage completion supported by milestone completion certificates, Project Manager’s name & contact details.

 

 

4.9.     Logistics:

4.9.1.          Applicants shall provide project-specific logistics & transportation policies, procedures, and plans, as well as a proposed logistics organization structure appropriately sized for the complexity and magnitude of the Scope of Work specified herein.

 

 

4.10.   Health. Safety and Environment

4.10.1. Applicants shall provide project-specific HSE Policies, Procedures, and Plans, as well as a proposed HSE management structure appropriately sized for the complexity and magnitude of the Scope of Work specified herein.

 

 

4.11.  Quality Assurance/Quality Control:

4.11.1 Applicants shall provide project-specific Quality Management Policies,    and Plans, as well as a proposed QA/QC organization structure appropriately sized for the complexity and magnitude of this Scope of Work

 

 

4.12.0. Project Services;

4.12.1. Applicants shall provide project-specific Project Planning & Control Policies, Procedures, and Plans, as well as a proposed Project Services organization structure appropriately sized for the complexity and magnitude of the Scope of Work specified herein.

 

4.13.  Community Relations:

4,13.1. Applicants shall provide Community Relations policies & management structure appropriately sized for the complexity and magnitude of the Scope of Work specified herein.

 

4.14.  Nigerian Content:

4.14.1. Brass LNG Limited is committed to the development of the Nigerian Oil and gas business consistent with the Nigerian Oil & Gas Industry Content Development Act 2010 (NOGICD Act or The Act) on Nigerian Content.

4.14.2. It is important that applicants familiarize themselves and comply with the provisions of the Nigerian Oil & Gas Industry Content Development Act otherwise referred to as The NOGICD Act in their Expressions of Interest, Pre-qualification and Tender that may result from this advert.

 

As from the commencement of The Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian oil and gas industry shall be consistent with the level set In the Schedule of The Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB or The Board)

 

4.14.3. Applicants in their responses shall confirm and describe in full the work to be completed in-country and using resources of Nigerian origin in fulfillment of the provisions of the NOGICD Act and shall execute all Work detailed in their submissions in line with The Act. Deviations from the Nigerian Content requirements and the Nigerian Content Plan by Company are not acceptable and may be treated as a fatal flaw.

 

Applicants that demonstrate their commitment to meet or exceed the NOGICD Act requirements shall be a ground for preferential consideration in the technical and commercial bid evaluation.

 

Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian Government shall result to disqualification.

 

4.14.4. As part of their submission, Applicants shall:

Develop a Nigerian Content Plan (NCP), which shall explain the methodology of how applicants intend to comply with the requirements of The Act and how to achieve the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act and any targets set by The Board. How it intends to give first consideration to services provided from within Nigeria, first consideration to goods manufactured in Nigeria and first considerations for employment and training of Nigerians. The NCP shall be consistent with The Act and demonstrate that Nigerian indigenous service companies and local suppliers and subcontractor from the project locations have been given exclusive considerations in the provision of goods and services. Tenderer’s detailed plan to achieve/sustain the minimum %tage Nigerian Content level as prescribed by the applicable measurement metrics in the Schedule of the Nigerian Content Act 2010.

4.14.5. Demonstrate that entity (i.e. applicant or tenderer) is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3.2.4, 2.5, etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority.

 

4.14.6. Provide detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area, repair & maintenance, testing, laboratory, etc) in Nigeria to support this contract including evidence of the OEM Nigerian Content Equipment Certification issued by NCDMB

 

4.1.4 .7 Provide a project-specific training, man-hour budget skill development and technology transfer plan for Nigerian personnel or indigenous business including evidence of past performance on training and development for Nigerian nationals & indigenous business. Plan for sponsorship of Nigerians to acquire competence and or certification. Further development of local employees as professionals. Proposed training plan for Nigerians on the project including a brief training outline for OEM products, engineering, software & hardware, project management, procurement, construction, installation, start­up & commissioning, maintenance, testing and operations

 

4.14.8         Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians.

 

Submit tenderer’s corporate organization’s overall human resources structure (mgt, supervisors, . senior & junior skilled officers, etc) identifying positions manned/occupied by Nigerian nationals and type of employment in-country and identifying the positions manned/occupied by other nationals

 

4.14.9         Provide description of how you would maximize the utilization of Nigerian resources (labour, materials, goods and services) in the execution of this contract. Maximizing Nigerian Content is a key Project priority.

 

Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

 

 

List of all work which will be carried out by Nigerians and Nigerian companies, in accordance with Nigerian Content Requirements, divided into the following categories:

 

Work which will be executed by the Applicant using its own resources

Work which will be sub contracted, giving the scope of such sub-contracts and the names and locations of the proposed subcontractor and/or details of scope of work for indigenous services & local 3rd party businesses from within the project location.

 

Plan and strategy utilized in maximising Nigerian Content in most recent major Services Contract, Proposal for achieving Nigerian Content in this contract

 

4.15.   Additional Information:

4.15.1. Any additional information that will highlight Applicant’s unique qualifications for performing the Scope of Work specified herein.

 

Being a community based contract, intending companies from outside the host community must have signed Joint Venture or Memorandum of Agreement (MOA) with a host community contractor.

 

4.15.2. In case of Consortia, the above requirements are to be furnished for each and every member demonstrating joint and several liabilities to perform.

 

4.15.3. Failure to provide any of the requested information and documents will disqualify Applicant. Please note that Applicants will be evaluated for the completeness and quality of the information presented with supporting documents, demonstrating their technical, financial and managerial capabilities in executing the entire Scope of Work specified herein.

 

4.15.4. Pre-qualification information should be submitted in (2) sets of hardcopy plus two (2) sets of CD-ROM. Each set must be properly indexed, separated and arranged into sections, in the serial order as indicated above and submitted in a sealed envelope printed to show the following,

 

 

Confidential – Brass LNG

Invitation for Pre-Qualification

No. PQ/SM/2159/l3 for

Site Maintenance Services Contract

 

4.15.5. Pre-qualification documents must be submitted on or before 3:00 p.m. March 4th, 2013 at the following address:

EPC Contracts & Procurement Manager

Brass Facilities

Brass LNG Limited

Plot 1680, Sanusi Fafunwa

Victoria Island, Lagos, Nigeria

 

Late submission of the proposals will NOT fee considered under any circumstances.

 

5.       Please Note

5.1.    This advertisement is not an “invitation to tender” but only an “invitation for pre-qualification” and must not be construed as a commitment on part of Brass LNG Limited nor shall it entitle potential Applicants to make any claims whatsoever and/or seek any Indemnity from Brass LNG Limited and/or any of its Shareholders by virtue of such potential Applicants having responded to this advertisement.

 

5.2.    Notwithstanding submission of the pre-qualification information, Brass LNG United is neither committed nor obliged to include any Applicant on any bid list or bear any expenses related to the preparation and submission of the pre-qualification documents or to award any form of contract to any Applicant and/or associated Companies, Consortia, Subcontractors or Agents.

 

5.3.    Invitations to Tender will only be extended to those Applicants that are deemed to be pre-qualified by Brass LNG Limited, in addition to the review of the pre-qualification information, Brass LNG reserves the right to inspect Applicant’s facilities, as well as conduct safety, technical, and financial audits.

 

5.4.    Brass LNG will only deal with authorized officers (with Power of Attorney) of the pre-qualifying Applicants and NOT through individuals or agents.

 

5.5.    Brass LNG will not enter into correspondence with any Contractor company or individual on why it was short-listed or not short-listed.